Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA481919RA020
TITLE: FA481919RA020, Repair Flight Line Facilities, Tyndall AFB, FL This is the official solicitation synopsis for the Repair Flight Line Facilities Contract at Tyndall Air Force Base, FL. This will ...
TITLE: FA481919RA020, Repair Flight Line Facilities, Tyndall AFB, FL This is the official solicitation synopsis for the Repair Flight Line Facilities Contract at Tyndall Air Force Base, FL. This will be a single award, firm-fixed price contract. The Contractor shall be responsible for all professional services, A/E design, permits, equipment, labor, tools, materials, and ancillary items necessary to complete the tasks defined by the SOW, including the disposal of all resulting waste materials and project clean up. The performed tasks shall be based on the project description, other data furnished in this SOW, and information covered during kick-off meeting. This SOW sets forth the requirements for Design/ Build (DB) contract site specific design and construction effort to remove, repair and restore interior and exterior elements and related infrastructure within a building on Tyndall AFB, Florida. The Contractor and Design Team shall adhere to the following guidance during design and construction phase(s) of this project: United States Army Corps of Engineers, Uniform Building Code (UBC), Unified Facilities Criteria (UFC) 3-600-01, those sections of the Southern Standard Building Codes not incorporated in the UBC/International Building Code (IBC) for our respective area, International Concrete Repair Institute (ICRI) Guidelines, Air Force Standards, Department of Defense (DoD) Directives, Florida State Statutes, and the Tyndall AFB Facility Excellence Plan (Base Regulations), Occupational Safety and Health Administration (OSHA) Requirements, Department of Environmental Protection (DEP) Regulations, Environmental Protection Agency (EPA) Regulations, and ABA Accessibility Compliance Requirements. All codes, regulations and references annotated above shall be the most current version at the time of award. If there is a conflict between these codes, regulations and specifications the most stringent requirements shall apply at all times. Documents listed by and/or provided by the Government are for reference only and do not relieve the Contractor from adherence with applicable codes not specifically addressed. All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification System (NAICS) code 236220, will apply to this acquisition. The size standard for this NAICS code is $36.5M. This requirement is being solicited as a 100% Small Business set aside. In accordance with FAR 36.204(f), the magnitude for this project is between $1,000,000 and $5,000,000. The period of performance is for 280 calendar days total for construction. All work shall be in strict compliance with the specifications of the contract. The successful offeror will be selected using Lowest Price Technically Acceptable (LPTA) source selection procedure. It is anticipated the solicitation will be issued electronically on or about 25 July 2019, on the Federal Business Opportunities (FBO) web page under the solicitation number FA4819-19-R-A020. Paper copies will not be available. Once the solicitation is posted, interested parties are advised to review this site frequently for any updates and/or amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe). The government intends to hold a site visit. The exact date and time will be identified in the solicitation. Anyone interested in attending the site visit must email 325 CONS. Construction@us.af.mil in order to be placed on the Entry Authorization List not later than 0900 hours five days prior the site visit. Potential offerors are limited to two people per contractor. The entire RFP will be made available only on the FBO website, www.fbo.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this RFP package and subsequent modifications. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). Register via the SAM website www.sam.gov. All responsible sources may submit a proposal that will be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of FBO. No bidder's mailing list will be maintained. The RFP number FA481919RA020 will contain instructions for submitting offers. Any questions regarding this notice should be directed to the 325th Contracting Construction Flight at 325CONS.Construction@us.af.mil.